Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 17, 2020 SAM #6867
SOLICITATION NOTICE

66 -- Microscope Stage-top Microfluidic Perfusion System

Notice Date
9/15/2020 6:06:45 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
USDA ARS MWA AAO ACQ/PER PROP PEORIA IL 61604 USA
 
ZIP Code
61604
 
Solicitation Number
12505B20S1016199
 
Response Due
9/18/2020 1:00:00 PM
 
Archive Date
10/03/2020
 
Point of Contact
Kristen Turner
 
E-Mail Address
kristen.turner@usda.gov
(kristen.turner@usda.gov)
 
Description
THIS SOLICITATION WAS MODIFIED TO CORRECT AN ERROR IN THE CLOSING DATE. THIS SOLICITATION WILL CLOSE AT 3:00 PM CST ON 09/18/2020. THERE ARE NO OTHER CHANGES TO THIS SOLICITATION. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation No. 12505B20S1016199 is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-08. This solicitation is for full and open competition.� The USDA, ARS, lab in Peoria, Illinois has a requirement for a microscope stage-top microfluidic perfusion system. The Government intends to award a fixed price contract for the following item as identified in the Contract Line Item Number (CLIN): CLIN 1: microscope stage-top microfluidic perfusion system Required specifications include the following: Precision controlled microfluidic system with the following abilities: Automated platform for precise manipulation of multiple key cell culture parameters (media, temperature, and gas environment changes). Ability to run multiple independent experiments simultaneously. Ability to integrate with a broad range of inverted microscopes, including Nikon Ti2E. High resolution imaging through optical glass bottom microfluidic plates and chamber structures that keep diploid or haploid yeast (Saccharomyces cerevisiae) cells in a single focal plane for continuous viewing. Rapid perturbations of environmental parameters due to the microfluidic volumes involved. Continuous access of nutrients and ongoing removal of waste, promoting optimal cell health. No contact between the flow system and the biological solutions (on the plate) preventing contamination. DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award, Offerors shall provide 1) technical specifications; 2) price and 3) Company's DUNS number. REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer which will be considered. The following provisions and clauses apply to this acquisition and can be found in full text at http://www.acquisition.gov/comp/far/index.html. FAR 52.252-1, Solicitation Provisions Incorporated by Reference are as follows: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Provide with Quote); FAR 52.204-7, System for Awards Management (ALL OFFERORS MUST BE REGISTERED AND ACTIVE IN THE SYSTEM FOR AWARDS MANAGEMENT DATABASE IN ORDER TO RECEIVE AN AWARD) The website address for registration is: http://www.sam.gov; and FAR 52.222-22, Previous Compliance Report. FAR 52.252-2, Clauses Incorporated by Reference, FAR 52.211-6, Brand Name or Equal, FAR 52.212-4, Contract Terms and Conditions Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items apply to this acquisition. The following FAR clauses cited in 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items are applicable to this acquisition: FAR 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; FAR FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.223-4, Recovered Material Certification; 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items; 52.225-2, Buy American Act Certificate ; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332); 52.232-36, Payment by Third Party (31 U.S.C. 3332) and FAR 52.233, Protest After Award. The above FAR clauses may be viewed at http://www.acquisition.gov/comp/far/loadmainre.html. The basis for award is Lowest Price Technically Acceptable (LPTA). ""LPTA"" means the expected outcome of the acquisition that results from selection of the technically acceptable proposal with the lowest evaluated price. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical Specifications, (2) Net Price and must also have satisfactory Past Performance. Furnish quotes no later than 3:00 PM (Central), Friday, September 18, 2020 to Kristen Turner, Contracting Officer at Kristen.turner@usda.gov .� Quotes will only be accepted via email, no phone calls will be accepted.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/49d6237d54ff4f6798ea7b19e99bb7c6/view)
 
Place of Performance
Address: Peoria, IL 61604, USA
Zip Code: 61604
Country: USA
 
Record
SN05798465-F 20200917/200915230156 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.